Loading...
HomeMy WebLinkAboutResolutions - No. 2004-7911101W� �@ �60 �16 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONSTRUCTION, TESTING. AND INSPECTION, AND CONSTRUCTION ADMINISTRATION CONTRACTS FOR WHITE SLOUGH WATER POLLUTION CONTROL FACILITY YEAR 2004 IMPROVEMENTS AND FURTHER APPROPRIATING FUNDS lqll� ---- -- ----------------- ---------------- WHEREAS, this project consists of the installation of pre -purchased equipment; construction of electrical control and chemical buildings; and associated electrical, mechanical, utility, site preparation, and demolition as required at the White Slough Water Pollution Control Facility (part of "Phase 2" Improvements); and WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council sealed bids were received and publicly opened on April 15, 2004, at 11.00 a.m. for the Construction Contract described in the specifications therefore approved by the City Council on March 3, 2004; and WHEREAS, three bids were received with the apparent low bidder withdrawing his bid due to a mathematical error; and WHEREAS, seven proposals were received on April 9, 2004, for the testing and inspection contract; and WHEREAS, the total project estimate for this element of Phase 2 is $15 million, which includes the design, pre -purchased equipment, construction administration services, construction contract, testing and inspection contract, construction trailer purchase, construction contingencies, and other project -associated expenses. However, some of these expenses have already been approved and appropriated, thus, the appropriation for this portion of the project is $10,108,000 and includes 2% of the construction contract ($149,692) for the Public Art Fund; and WHEREAS, Public Works staff recommends that this amount be held until the Phase 3 project is further developed, and suggest that the wastewater treatment plant facility itself may not be the best location for a significant public art element, and that staff work with the Art Advisory Board as the Phase 3 project is further defined; and WHEREAS, said bids have been compared, checked, and tabulated and a report thereof filed with the City Manager as attached marked Exhibit A. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council hereby awards the construction contract for the above project to Kirkwood -lily, Inc., of Santa Rosa; the testing and inspection contract to Krazen & Associates, of Modesto, CA, and further authorizes the City Manager to contract with West Yost & Associates for construction administration services (see attached Task Order No. 14); and BE IT FURTHER RESOLVED that funds in the amount of $10,108,000 be appropriated for this project from the Wastewater Fund with the 2004 Certificates of Participation. Dated: April 27, 2004 IThereby certify that Resolution No. 2004-79 was passed and adopted by the City Council of the City of Lodi in a special meeting held April 27, 2004, by the following vete: AYES: COUNCIL MEMBERS -- Beckman, Hitchcock, Howard, Land, and Mayor Hansen kyj muslamm SUSAN J. BLA KSTON City Clerk MWP�M: City of Lodi EXHIBIT Al White Slough WPCF Year 2004 Improvements Construction Testing and lInspection RFP Results The following 7 firms submitted proposals for the above noted project Testing & Inspection Services'. NAM E PROPOSAL AMOUNT J�R_AZAN& ASSOCIATES INC 448 MITCHELL ROAD, SUITE C MODESTO CA- 95354 $156,160.00 CONSTRUCT[ N TASTING & ENGINEEI IN G INC 242 W LARCH RD., SUITE. F TRACY CA 95:376 SIGNET TESTING LABS INC 1417 N MARKET ST., SUITE. I SACRAMENTO; A 95834 $175,175.00 MATRISCOP EINC 3102 INDUSTRIAL BLVD. WEST SAC RAMWM CA 95691 $175,275.00 NEIL 0 - AKN ��i �WSCRIES 902 INDUSTRIAL WAY CA 952.40 $184,960x00 ELODI, _�EINFELDER 2826E. MYRTLE T. STOCKTON, C" 1 95:206 ...... $198,350.00 �70�UNGQA�L . . . . . . . . '. �CtAT�ES IN�C�� 1234 QLENHAV��E.N CT. EL DORADO HiLl.,S, CA 95762 $267,718,00 I I Illm 1? PROPOSAL TO PROVIDE ENGINEERING SERWES DURING CONSTRUCTION YEAR 2004 IMPROVEMENTS WYA—Apfl ECJ, 2004 City ofbodi — While Slough Taqk Order No. 14 Year 2004 1mgincering Services During Con8rmption W/propAp/lodi BACKGROUND The Year 2004 City of Lodi Water Pollution Control Facility Year 2004 Improvements Project includes installation of new aeratlon panels and aeration piping medications to existing aeration basins and installation of launder covers secondary clarifiers, a new Ater pump station, installation of a. City furnished effluent filtration system, installation of City ft rn.ished [.1V disinfection facilities, two new appurtenant buildings, digester cleaning, associated electrical and instrumentation improvements, and related work. It is anticipated that the construction of these improvernents will begin in May 2004 and will be completed in February 2005. West Yost &. Associates proposes to provide the following engineering services during the construction of this project. 1.4.1: PRE -CONSTRUCTION CONFERENCE Key design personnel will attend the pre -construction conference. We have assumed that the pre- construCion conference will take cane -half day. 14.2 SUBM117TA% REVIEW WYA and design subconsultants will review submittals for compliance with the design concepts and specifications, certfl�cates, samples, tests, methods, schedules, and manufacturer's installation and other instructions required to be submitted by the Contract Documents. WYA will retain three copies of all submittals, and will review and return one copy with Comments to the City's Construction Manager within 12 working days after receipt of submittal. (Tile Contract Documents indicate that submittals will generally be returned to the Contractor within 1.5 working days of receipt of the submittals. WYA intends to return submittals to the Construction Manager within 12 working days to provide time for transmission between the Contractor and Constructions Manger.) If for any reason WYA cannot perform submittal review within J 2 working clays, WYA will notify the City and provide an explanation for the additional time required. review of submittals regarding methods of work, os- information regarding materials or equipment the Contractor proposes to provide, will not relieve the Contractor of responsibility for errors in submittals. 14.3 INTERPRETATION AND CLARMCATION OF CONTRACT DOCUMENTS WYA and design subconsultants will prepare written interpretation mid clarifications of tale Contract Documents in response to kiTitt n requests from the Contractor. WYA will respond in writing within 14 calendar clays following receipt of a written request. If for any reason WYA cannot perforin %ubmittal review within 14 calendar days, WYA will notify the City and provide an explanation. for tate additional time required. it is understood that certain Requests For Information (RFI's) may require a very rapid response, owing to construction eniergencies or potential delays to the Contractor. In these cases, RI�i's may be hal orally, but will be followed with a written RF'I, and WYA will respond in writing thereto. WYA---Apii 19,2W Cite oflanai- -white Slough Tisk Order No. 14 Year 2004 I�ngineering Services Hering ConAmetion lid/propA ptiod i 14.4 CHANCxE ODDER SUPPORT We altticipate that there could be changes to the project. Some typical examples are: differences in conditions, Contractor suggestions approved by the City/engineer, additions to the work, changes in methods of construction, omissions, and Contract .Document conflicts. As requested by the Construction Manager, WYA and our design subconsultants will issue design engineer inftiatt�d clarifications (DEI•C's), prepare new or amend contract documents, and provide C/O cost e5flinate input, 14,5 WEEKLY PROGRESS AND RELATED MEEI7NGS A WYA representative will attend weekly progress meetings with City staff, the Construction Manager, and Contractor's representatives. Design sub -consultant representative(s) will also attend on an as -needed basis. In addition, at the Construction Manager's request WYA and sub - consultant mprescntat.ives will visit the project site to provide advice and assistance, or to answer any questions fliat may arise concerning design intent, 14.6 ASSIST THE CITY DURING START-UP AND TESTING WYA and our sub -consultants will provide assistance during the startup and testing of new facilities. This assistance is intended to coitfirrn that instrumentation controls and alarms operate as intended. 14.7 FINAL INSPECTION AND RECOMMENDATIONS Key WYA. and sub-constiltant staff inembers will perform a final inspection and will identify final punch list items to the Construction Manager, 14.8 PREPARE RECORD DRAWINGS The Cit), is con:si.dering preparing record drawings for the entire treatment plant in the near future. Therefore record drawings for year 2004 improvements will not be prepared cruder this task order. 14.9 PROJECT MANAGEMENT AND COORDINATION OF DESIGN TEAM. WYA Project Manager will monitor progress, process billings, respond to information nceds, and will work to beep the City informed. fluter prajesc:t management [asks include quality control and coordination o#'staff. The project budget will los. monitored on a weekly basis as well_ ESTIMATED COST The estimated dost to complete the scope of work describers alcove is summarized in Table 1. WYA--April 19.2004 City of Lodi --, Wbire S30Ligh 'ask Order No, 34 Year 2004 En ;incering Services During Censtnietion hd/props pftdi Table 1, Estimated Services During Construction Costs Item of Work Estimated Cost, dollars 14.1 Pre -Construction Conference _ 1,500 14.2 Subs riita.1 review 99,100 14.3 Interpr,Oation & Clarification Of Contract Documents 50,200 14.4 Change Order Support 70,300 Weekly .Progress And belated Meetings � 74,800 [1:414.5 AssistSSiSt The City DuringDuring Start_Up And resting ,64.7 53,200 Final Inspection And Recommendations 17,6100 14.8 Prepare RecoTd Drawings 0 14.9 Pro;ect Management Of Design `Tea[ti 34,100 Total 401,500 Our proposed fee for these services is $401,500. As you are aware, our level of effort will depend on the contractor's performance and the level of support required by City staff on this, project. We will perform all work on an hourly basis and will not exceed a maximurn frilling of $401,500 for these services without written authorization. WYA-- Apj l 19, 2004 City of Uodi — Whica Shugb I'm* Order No. 34 fear 2004 Engineering. Sc vices During Coostsuction bdi'proj /Ipliodi White Slough WPQF Year 2004 Improvements Project Bid Opening April 15, 2004 2:00 p.m, Bid Results The following 3 bids were received: I Pacific Mechanical Corporation has requested to withdraw their bid due to a mathematical error. WS WPCF Year 2004 Improvements Bid Resultsxis Sheeting shoring ...... ...... and bracinq All other work Total Bid M chanical Corp *paC6Ifle fle M Concord $50,000-00 $5,749,000M $5,799,000,00 Klrkuvood-lily, Inc.— Santa RQ . sa $16,000.00 $7,468,600.00 $7,484,600M �.R�oen C6�G,�uRtion--- - - — Danville $25,000,00 $8,303,000-00 $8,328,000-00 I Pacific Mechanical Corporation has requested to withdraw their bid due to a mathematical error. WS WPCF Year 2004 Improvements Bid Resultsxis